CGC WALNUT (WLB 205) Thruster System Field Support (Programming and Service)

SOL #: 70Z08526Q0024137Combined Synopsis/Solicitation

Overview

Buyer

Homeland Security
Us Coast Guard
SFLC PROCUREMENT BRANCH 2(00085)
ALAMEDA, CA, 94501, United States

Place of Performance

Brooklyn, NY

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Electrical And Electronic Equipment Components (J059)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
May 13, 2026
2
Submission Deadline
May 19, 2026, 12:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Quick Summary

The United States Coast Guard (USCG) Surface Forces Logistics Center (SFLC) is seeking proposals for thruster system field engineering support for the USCGC WALNUT (WLB 205). This firm-fixed-price contract is a Total Small Business Set-Aside for services including calibration, programming, and troubleshooting of bow and stern thruster systems. Offers are due by May 19, 2026.

Scope of Work

The contractor will provide on-site technical services at GMD Shipyard Corp., Brooklyn Navy Yard #597, Brooklyn, NY, to support the USCGC WALNUT's thruster systems following overhaul. Key tasks include:

  • Inspection, evaluation, calibration, and tuning of the DECS-250 digital excitation control system and associated components.
  • Troubleshooting and correction of thruster system faults (e.g., breaker trips, power fluctuations, DSD-412 drive issues).
  • Installation and programming of the AEM-2020 analog expansion module.
  • Performing full thruster tests and providing documented voltage regulator setpoints.
  • Providing a trip report within 48 hours of returning to the home office.

Contract & Timeline

  • Type: Firm-Fixed-Price Combined Synopsis/Solicitation
  • Set-Aside: Total Small Business (NAICS 811210, $34.0M size standard)
  • PSC: J059 (Maintenance, Repair And Rebuilding Of Equipment: Electrical And Electronic Equipment Components)
  • Period of Performance: Not to exceed seven (7) calendar days from award date.
  • Place of Performance: GMD Shipyard Corp., Brooklyn Navy Yard #597, Brooklyn, NY 11205.
  • Response Due: May 19, 2026, 12:00 PM EDT
  • Published: May 13, 2026

Evaluation Factors

Award will be made to the responsible offeror representing the best value to the Government, considering price and non-price factors. Non-price factors include:

  • Technical Capability: Demonstrated ability to perform similar thruster control, calibration, and marine electrical field service requirements.
  • Past Performance: Evaluated using CPARS, Government records, and offeror-provided information. Absence of relevant past performance will not be evaluated favorably or unfavorably.
  • Subcontracting Approach: Ability to manage subcontracted effort and comply with requirements. Offerors must identify major/critical subcontractors and provide their experience.

Submission Requirements

Offerors must submit a narrative quotation electronically via email to the identified points of contact. The quotation should detail understanding of the requirement, approach, relevant experience (especially with DECS-250, AEM-2020, and marine thruster drive systems), and proposed subcontractors. Offers must be on a firm-fixed-price basis, all-inclusive, and without conditional pricing. The Government intends to make an award without discussions, so offerors should submit their best offer initially.

Special Considerations

  • Wage Determination: Wage Determination No. 2015-4187, Revision No. 35, applies to New York counties, establishing minimum wage rates and fringe benefits. Bidders must ensure compliance with the Service Contract Act.
  • FAR Clauses: The solicitation includes various FAR clauses, notably requiring subcontractor disclosure and compliance with the Federal Acquisition Supply Chain Security Act (FASCSA) orders.

People

Points of Contact

Files

Files

Download
Download
Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: May 13, 2026
CGC WALNUT (WLB 205) Thruster System Field Support (Programming and Service) | GovScope